SOLICITATION NOTICE
S -- CDP Facility Operations
- Notice Date
- 1/22/2024 11:52:24 AM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FA2024R00000001
- Response Due
- 3/21/2024 1:00:00 PM
- Archive Date
- 04/05/2024
- Point of Contact
- Justin Burger, Gary Patrick Topper
- E-Mail Address
-
justin.burger@fema.dhs.gov, gary.topper@fema.dhs.gov
(justin.burger@fema.dhs.gov, gary.topper@fema.dhs.gov)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- In accordance with Federal Acquisition Regulation (FAR) Part 5, this synopsis is for comprehensive facility operations and support services to DHS/Federal Emergency Management Agency (FEMA)/Center for Domestic Preparedness (CDP) located in Anniston, Alabama. The Acquisition Operations Division/Preparedness Section intends to award a hybrid firm-fixed-price contract with reimbursable other direct costs (ODCs) under the authority of FAR Part 15. The objective of this procurement is to obtain reliable, efficient, and effective facility operations and support services. No Solicitation or Request for Proposal (RFP) is currently available. This competitive acquisition is limited to eligible Historically Underutilized Business Zones (HUBZone) concerns only. Eligible offerors shall be a HUBZone concern in accordance with Small Business Administration (SBA) requirements in order to participate in this competitive acquisition. The competitive solicitation, all amendments, and any questions and answers related to this procurement will be made available via the internet at https://www.sam.gov on or about February 6, 2024, with proposals being due about 45 days later. It is the responsibility of interested HUBZone concerns to monitor this internet site (www.sam.gov). �for the release of this solicitation as well as any amendments. The NAICS code is 561210. The Small Business Size Standard for this NAICS is $47.0 million. Any responsible HUBZone concern, in accordance with SBA requirements, may submit a proposal that will be considered by the Government. This pre-solicitation notice does not commit the Government to the issuance of a solicitation or award of a contract. No paper copies of the solicitation will be available. No phone calls or facsimile transmissions will be accepted. A hybrid firm-fixed-price contract with reimbursable ODCs is anticipated. ODC amounts will be specified by the government. Award will be based on best value using the trade-off process. The Period of Performance is estimated as follows: a one-month transition period followed by 11-months of services for the base period. The contact will also include four (4) 12-month option periods. The anticipated contract start date is July 1, 2024. The CDP is a national training facility located in Anniston, Alabama that prepares state and local emergency response personnel to respond to terrorists' attacks using weapons of mass destruction by providing advanced, hands-on training. This national training program was developed for firefighters, law enforcement personnel, emergency medical technicians, E-911 operators, and other emergency response personnel, their trainers and supervisors. Training courses provided by the CDP provide specific knowledge and expertise for deterrence, prevention and response to Weapons of Mass Destruction (WMD) incidents. The intention of this requirement is to obtain comprehensive facilities operations and maintenance services to support Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA)/Center for Domestic Preparedness (CDP) and its facilities located in Anniston, Alabama. Among these facilities is the Chemical, Ordnance, Biological and Radiological Training Facility (COBRATF), which has unique requirements to manage a training venue where chemical agents (GB and VX) and biological agents (Ricin and Bacillus Anthracis) are used in a specialized training environment. This will require contractor response capabilities on a 24-hour, 7- day-a-week basis. The contractor shall provide all support services as identified in this performance work statement (PWS). The objective of this procurement is to obtain reliable, efficient and effective services by applying a sound management and technical approach that will provide the best value and meet the objectives shown. The primary functions to be performed are the operation, maintenance, repair, and minor alteration of the physical facilities, janitorial, housekeeping and lodging (billeting) support services and mail center operations for the CDP. The contractor shall provide the required project management, administrative services, associated scheduled (e.g., preventive/predictive) maintenance, unscheduled work (service orders), refuse disposal, hazardous waste management, recycling, and other services described herein. In performing these functions the contractor shall provide all parts, labor, supervision and administration, tools, equipment, vehicles, fuels, vehicle and equipment maintenance required, unless specifically identified as Government furnished. Physical facilities include, but are not limited to the following: a. Electrical systems and equipment b. Mechanical, plumbing, Building Automation System (BAS) where applicable (where BAS/ ECMS systems are connected to the CDP network, the contractor's employees shall obtain a CDP account to access systems) and heating, ventilation, and air conditioning (HVAC) systems and equipment c. Fire protection and life safety systems d. All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Public Address Systems, and Lighting Systems that are within the scope of this Contract e. Architectural and structural systems, fixtures, and equipment within the site f. Service request desk operations as identified in the PWS, to include record keeping using a computerized maintenance management system (CMMS) g. Maintenance of grounds irrigation systems h. Tools and maintenance equipment (including testing equipment) i. Vehicle barrier systems and static and dynamic bollard systems j. All doors and windows k. Autoclave system l. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment m. Facility roofing systems n. The U.S. flag pole, lighting and pulley system(s) o. All site drainage systems p. Lightning protection system q. Updates of software/firmware to latest revision and update software licenses for BAS r. Water storage system and treatment (including water tower) s. Contaminated waste disposal, to include hazardous waste t. Compressed gases u. Air filtration system (filter banks) v. Safety operations w. Package Boilers x. Civil features y. Security systems (excluding C-cure) z. Closed Circuit Television Systems and Monitors (COBRATF) aa. Calibration standards and equipment systems The incumbent contractors for this requirement are HME, Inc., under contract number 70FA2019C00000008. RFI/Sources Sought notice # 70FA2023I00000007 was issued for this requirement on February 8, 2023. The DHS Acquisition Planning Forecast System (APFS) #F2024064594 was published on October 25, 2023 and specified as Estimated Dollar Range of $20,000,000.00 to $50,000,000.00. Pre-Award Site Visit: For planning purposes, please note that the Government anticipates providing a pre-award site visit on or about 7 - 10 business days following the issuance of the solicitation, however this may change to a virtual tour if travel funding is unavailable. Additional information regarding the site visit will be provided in the solicitation posted to www.sam.gov. .
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7c5886fbb57349429bb4f28236812fe8/view)
- Place of Performance
- Address: Anniston, AL 36205, USA
- Zip Code: 36205
- Country: USA
- Record
- SN06941232-F 20240124/240122230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |